Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2017 FBO #5650
SOLICITATION NOTICE

J -- Maintenance Agreement for Life Technologies Laboratory Equipment

Notice Date
5/11/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
N02RC72522-76
 
Archive Date
5/23/2017
 
Point of Contact
Catherine Muir, Phone: (240) 276-5434
 
E-Mail Address
muirca@mail.nih.gov
(muirca@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E144, Bethesda, MD 20892, UNITED STATES. Non-USPS mail such as FedEx, UPS and other private carriers please use Rockville, MD 20850. Description: The National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Pathology (LP), plans to procure preventive maintenance services for three (3) Government owned Life Technologies laboratory equipment within the Laboratory of Pathology, CCR, NCI, in Bethesda, MD. This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a separate written solicitation will not be issued. This solicitation: No. N02RC72522-76 includes all applicable provisions and clauses in effect through FAR FAC 2005-94 and 2005-95 (JAN. 19, 2017) simplified procedures for commercial items. The response close date of this notice for this requirement is in accordance with FAR 5.203(a)(1). This acquisition will be processed under FAR Part 12 - Acquisition for Commercial Items and in accordance with simplified acquisition procedures as stated in FAR Part 13.106, and is exempt from the requirements of FAR Part 6. The North American Industry Classification System code is 811219 and the business size standard is $20.5M. Only one award will be made as a result of this Request for Quotation (RFQ). This will be awarded as a firm fixed price type contract. It has been determined there are no opportunities to acquire green products or services for this procurement. The Period of Performance will be twelve (12) months from the effective date of the award. Description of Contractor Requirements SCOPE: Contractor to provide all labor, material, and equipment to service, and to provide preventative maintenance of Government owned laboratory equipment: • Life Technologies 3130 16 Genetic Analyzer (s/n 17308-008) • Life Technologies Arcturus laser dissection (s/n 1923) • Life Technologies ABI 310 Genetic Analyzer (s/n 100000909) for a period of performance of twelve (12) months from the contract effective date. All maintenance service shall be performed in accordance with the manufacturer's standard commercial maintenance practices. Contractor shall provide service at the following address: Laboratory of Pathology National Institutes of Health (NIH), National Cancer Institute (NCI) 10 Center Drive* Bethesda, MD 20892 *Room 3S249 for s/n 17308-008 *Room B1B51 for s/n 1923 *Room 5B53 for s/n 100000909 PREVENTATIVE MAINTENANCE: Contractor shall perform one (1) semi- annual, preventive maintenance inspection during the contract period. Service for this and all other listed equipment shall be performed by technically qualified factory trained personnel. Service shall consist of a thorough cleaning, calibration, adjusting, inspection, lubrication and testing of all equipment in accordance with the original equipment manufacturer's latest established recommended service procedures. All equipment shall be operationally tested through at least one (1) complete operating cycle at the end of the preventive maintenance inspection to assure optimum and efficient performance. Preventative Maintenance inspections shall occur Monday through Friday during both standard business hours 8:00AM-5:00PM eastern time not including Contractor holidays. EMERGENCY SERVICE: Emergency repair services shall be provided on an unlimited basis during the term of this contract at no additional cost to the Government. Emergency service shall be provided during normal working hours, 8:00AM-5:00PM eastern time, Monday thru Friday excluding Federal Holidays. Upon receipt of notice that any part of the equipment is not functioning properly the Contractor shall within 24 hours furnish a qualified factory-trained service representative to inspect the equipment and perform all repairs and adjustments necessary to restore the equipment to normal and efficient operating condition. Emergency service calls shall not replace the necessity for scheduled PMIs. REPLACEMENT PARTS: The Contractor shall furnish all required replacement at no additional cost to the Government, except for consumables. Parts shall be new complying with original equipment specifications. SOFTWARE UPDATES/SERVICE: As applicable, the Contractor shall provide Software Service in accordance with the manufacturer's latest established service procedures, to include telephone access to technical and clinical support for use of program software and troubleshooting of the operating systems, at no additional cost to the Government. The Contractor shall receive advance approval for the installation of all software updates and revisions from the Government. Defective software shall be replaced at no additional cost to the Government. This includes Firmware and software upgrades for the treatment delivery system and all of its sub-components and treatments consoles. SERVICE EXCLUSIONS: The Contractor shall not be responsible for any repairs necessitated by abuse, neglect, vandalism, Acts of God, fire or water. These repairs shall be the subject of a separate purchase order and shall not be performed under this contract. PERSONNEL QUALIFICATIONS: Personnel shall have a minimum of three (3) years factory training and experience in the servicing of the instruments listed above. All primary service personnel shall have at least one backup support person with at least the same level of expertise and certification on the equipment covered by this contract. PAYMENT: Payment shall be made after the completion of each inspection and repair request, and submission of invoice to the address shown in the pending contract. AWARD: Award will be made in the aggregate. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: 52.212-1 Instruction to Offerors Commercial Items (October 2016) 52.212-3 Offerors Representations and Certifications Commercial Items (October 2016) - with Addenda [Representation By Corporations Regarding an Unpaid Delinquent tax Liability or a Felony Conviction Under Any Federal Law and FAR 52.204-6, Unique Entity Identifier (October 2016): 52.212-4 Contract Terms and Conditions Commercial Items (May 2015) - With Addenda [Stop Work Order, FAR 52.242-15 (August 1989) and Year 2000 Warranty - Commercial Supply Items (July 1997). 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items (November 2016). The following additional FAR clauses cited in this clause are applicable: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _ X_ 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). _ X_ 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). _ X_ 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). _ X_ 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). _ X_ 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _ X_52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). _ X_ 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). _ X_ 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and _ X_ 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). _ X_ 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). (d)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (d)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) (v) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212) (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). (xi) __(A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O 13627). __(B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). (xiv) 52.222-54, Employment Eligibility Verification (OCT 2015) (E.O. 12989). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (Executive Order 13658). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://ncioa.cancer.gov/oa-internet/reference.jsp. Submission Information Proposals must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of valid certification in the System for Award Management (SAM) at www.sam.gov. Questions must be submitted electronically (via email) to Contracting Officer, Catherine Muir, at muirca@mail.nih.gov in Microsoft Word or Adobe Portable Document Format (PDF), no later than May 17, 2017, 10:00 AM, EDT. Proposals must be submitted electronically (via email) to Contracting Officer, Catherine Muir, at muirca@mail.nih.gov in Microsoft Word or Adobe Portable Document Format (PDF), no later than May 22, 2017, 10:00 AM, EDT. All responses must be received by the specified due date and time in order to be considered. PROPOSALS RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED. No collect calls will be accepted. Please refer to solicitation no: N02RC72522-76 on all correspondence. Evaluation Award will be made to the responsible Offeror submitting the lowest priced, technically acceptable quote meeting the acceptability standards for non-cost factors. A technically acceptable quote is one in which: the Offeror complies with all of the Statement of Work (SOW); does not take exception, nor object to any of the terms of the solicitation; responds explicitly to each of the categories listed below; and the quotation does not merely restate the requirements of the SOW. Quotes that are not technically acceptable will not be considered. The Government intends to evaluate quotations and award a contract without discussions with Offerors. Therefore, the Offeror's initial offer should contain their best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all quotes if such action is in the public interest; accept other than the lowest quote; and waive informalities and minor irregularities in quotes received. FORMAT AND INFORMATION FOR SUBMITTING A QUOTE: PART 1: Pricing Documents: 1 Filled in and signed SF1449 and any other submitted pricing information 2. Signed amendments (if applicable) PART 2: Technical Quotation The technical quotation should clearly and fully demonstrate the Offeror's capabilities, knowledge and experience regarding the technical requirements described below. Failure to respond explicitly to each of the categories listed below will result in the Offeror's quotation being deemed technically unacceptable. Quotations that merely restate the requirements of the SOW will be deemed technically unacceptable. Technical quotations shall be limited to no more than ten (10) pages total. Any submitted Appendices and/or Attachments shall not exceed three (3) of the ten (10) total pages. The Evaluation Process: The following evaluation factors shall be used to evaluate the prospective Contractors. 1. Technical Capability 2. Key Personnel 3. Past Performance 4. Price Evaluation Factors: Technical Capability Describe your organization approach to accomplish the specified tasks stated in the SOW. Your response should describe the overall project plan including sufficient detail describing preventative and emergency maintenance service agreement for laboratory equipment, Contractor's understanding of the objectives, and proposed time line for completing specific requirements and tasks. Key Personnel Describe the Key Personnel who will be assigned to manage performance and supervise the work under this proposed contract. Field Personnel should be included. Information is required which will show each key person's general qualifications and recent experience with similar project or contracts. For those Key Personnel who will not be assigned full time to this contract, show the approximate percentage of time each will be available for this contract. Past Performance The past performance shall demonstrate the Contractor's background and experience of the proposed personnel. The Contractor shall provide: A minimum of three (3) references for whom you have or are currently providing services similar to that described in the SOW, preferably with the Federal Government. For each contract provide the following information: 1. Name, address, and telephone number of the contracting organization. If Federal Government organization, include Government Project Officer and Contracting Officer. If other Governmental body (State, Local, Foreign, etc.) or non-Governmental organization include officials in corresponding capacities. 2. Contract number, contract type and total value. 3. Date of contract and period of performance. 4. Brief description of contract work scope and responsibilities. Price Price will be evaluated for reasonableness in accordance with FAR13.106. For a price to be reasonable, it must represent a price to the Government that a prudent person would pay when consideration is given to prices in the market. Normally price reasonableness is established through adequate price competition, but may also be determined through price and/or cost analysis techniques as described in FAR 15.404.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC72522-76/listing.html)
 
Record
SN04505193-W 20170513/170511235732-cc0cbdcd3f3944f1ffab0630bef28c8a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.